FBI Global Multiple Award Construction Contract (GMACC) IDIQ
ID: 15F06725R0000020Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: MISCELLANEOUS BUILDINGS (C1JZ)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The Federal Bureau of Investigation (FBI) is soliciting proposals for the Global Multiple Award Construction Contract (GMACC), an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract aimed at fulfilling various construction needs over the next five years, with an estimated ceiling of $600 million. This initiative encompasses a wide range of construction services, including general construction, renovations, demolitions, and site work, primarily focused on facilities within the National Capital Region and Redstone Arsenal, among other locations. The procurement process is structured in two phases, with Phase I evaluating qualifications based on factors such as past performance and team organization, while only the highest-rated firms will advance to Phase II for pricing and technical proposal evaluations. Interested contractors must submit their qualifications by July 10, 2025, and can direct inquiries to Eric Thomas at ejthomas3@fbi.gov or Amanda Mobley at almobley@fbi.gov.

    Point(s) of Contact
    Amanda Mobley
    almobley@fbi.gov
    Files
    Title
    Posted
    The Federal Bureau of Investigation (FBI) is soliciting proposals for multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) construction contracts, known as the Global Multiple Award Construction Contract (GMACC) program. This initiative aims to address anticipated construction requirements over the next five years, including general construction, renovations, and facility upgrades across various sites, primarily in the National Capital Region and Redstone Arsenal. The total contract ceiling is set at $600 million, with individual task orders not exceeding $18 million. The evaluation process is divided into two phases, with Phase I emphasizing offeror qualifications based on factors such as bonding capacity, past performance, and team organization. Offerors are responsible for submissions that conform to specific guidelines and are required to provide proof of their capability and security measures. Only the highest-rated proposals from Phase I will advance to Phase II, where final pricing and technical submissions will be considered. Successful proposals will ultimately establish a pool of contract holders to meet the FBI’s construction needs effectively while ensuring compliance with all federal regulations and maintaining quality standards. This program underscores the FBI's commitment to developing and maintaining its infrastructure to support its mission.
    The document outlines the Government's Request for Information (RFI) regarding the Global Multiple Award Construction Contract (GMACC) Phase I proposal process. It addresses key questions from offerors related to submission requirements, past performance evaluations, and clarifications on project management roles. Notably, the Government recognizes that offerors may submit Contractor Performance Assessment Reports (CPARS) in place of Past Performance Questionnaires (PPQs) and will not penalize those who cannot provide PPQs due to client refusal. Additionally, it clarifies that projects being submitted must have construction phases at least 50% complete and that bonding level requirements for Region 1 offerors will be lowered. The response also outlines expectations for identifying key trade partners and acknowledges that flexibility in staffing key personnel roles is permitted for small businesses. The purpose of the RFI is to facilitate clear communication between the Government and potential contractors, thereby streamlining the proposal process for this significant IDIQ contract while clarifying evaluations on past performance, project relevance, and organizational structures.
    The document is a Request for Information (RFI) regarding the Global Multiple Award Construction Contract (GMACC) Phase I, which outlines the requirements for prospective contractors. Key topics addressed include the acceptance of Contractor Performance Assessment Reports (CPARs) in lieu of Past Performance Questionnaires (PPQs), clarification on project eligibility timelines, bonding requirements, and personnel qualifications. The government recognizes that due to circumstances beyond contractors' control, a lack of PPQs will not negatively impact evaluations. Additionally, the document confirms that CPARS and previously completed PPQs can be submitted to fulfill past performance requirements. Joint ventures are discussed, including criteria for submitting past performance data from sister companies. The RFI also outlines expectations for labor and construction roles, emphasizing the need for at least Secret clearances for specific regions. Overall, the document aims to provide guidance to contractors on compliance and submission requirements for the GMACC, ensuring clarity in evaluation criteria while promoting fair access to all interested vendors. The government seeks to streamline the proposal submission process while ensuring that the quality and capability of contractors are effectively assessed.
    The document is a Request for Information (RFI) for the Global Multiple Award Construction Contract (GMACC) Phase I, addressing queries from potential contractors regarding the solicitation process. The government clarifies that Past Performance Questionnaires (PPQs) will not be penalized for non-submission if Contractors provide Contractor Performance Assessment Reports (CPARS) instead. It confirms that Pocatello, ID is not included in Region 2 and clarifies that trade partners can vary by project. Adjustments include lowering bonding requirements for Region 1 offerors and extending due dates for PPQs. The document outlines that the government aims to select 7-12 firms for continued phases based on confidence in Phase I submissions. It asserts Federal sustainability guidelines will apply to project submissions and emphasizes the recognition of small business collaborations. Further, it details procedural requirements for verified security clearances within proposals, highlighting the encryption of sensitive documents. This RFI serves to facilitate clear communication and aligns expectations between federal contractors and the government during the proposal process.
    The Federal Bureau of Investigation (FBI) has issued a Request for Proposal (RFP) for the Global Multiple Award Construction Contract (GMACC) program, aimed at establishing multiple indefinite-delivery, indefinite-quantity (IDIQ) contracts for construction services over five years, with an estimated ceiling of $600 million. The focus includes a diverse range of construction tasks such as general construction, demolition, renovation, and site work, across various regional locations including the National Capital Region and Redstone Arsenal. The RFP comprises a two-phase evaluation process; Phase I requires submissions to assess qualifications based on specific factors like bonding capacity, security clearance, past performance, key personnel credentials, and management structure. Only selected offerors will advance to Phase II for further bid evaluation. Offerors must demonstrate prior successful project experience within the last decade and adhere to submission guidelines, including careful formatting and content restrictions. Overall, the GMACC emphasizes the FBI's commitment to quality construction services while creating opportunities for small and diverse businesses through regional set-asides.
    The Federal Bureau of Investigation (FBI) is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Regional Multiple Award Construction Contract (RFP No. 15F06725R0000020) to support various construction needs over five years, with an estimated ceiling of $600 million. The scope includes general construction, renovation, demolition, and related services for buildings like operations centers and training facilities, primarily concentrated in three designated regions. The contract allows for a phased evaluation process, where initial qualifications (Phase I) will determine the firms best suited to progress to the proposal stage (Phase II). Selected candidates must demonstrate bonding capacity, security clearances (for certain regions), and past relevant performance, focusing on collaborative approaches and effective management. Submitted proposals must adhere to strict formatting and content guidelines, covering aspects such as team organization and key personnel qualifications. The successful candidates will establish a robust partnership with the FBI, ensuring quality construction aligned with federal standards.
    The document is a Request for Information (RFI) form directed to Eric Thomas, the Contracting Officer for the Federal Bureau of Investigation (FBI). It pertains to the Global Multiple Award Construction Contract (GMACC), specifically focusing on the solicitation identified as 15F06725R0000020, related to the RFP Phase I process. The structure of the document includes sections for the offeror’s name, contact details, related question numbers, referenced documents, questions submitted, and government responses. This RFI serves as a medium for prospective contractors to seek clarifications regarding the RFP, thereby ensuring a comprehensive understanding of the requirements before submission. The emphasis is on the collaborative nature of the bidding process, allowing for stakeholders to address concerns and seek additional information that could facilitate compliance with the contract requirements outlined in the solicitation. This approach aligns with best practices in federal procurement, promoting transparency and informed submissions.
    The document outlines a Past Performance Questionnaire related to Request for Proposal No. 15F06725R0000020 from the Federal Bureau of Investigation. It seeks assessments from references regarding the past performance of a contractor currently preparing a proposal for a multiple award source selection. Respondents are instructed to complete the questionnaire, which includes space for their contact details, information on the referenced contract, and a series of evaluation criteria rated on a scale from "Exceptional" to "Unsatisfactory." The questions focus on the contractor's performance, timeliness, quality of work, and an overall rating, concluding with whether the respondent would work with the contractor again. The feedback is crucial for the FBI's evaluation to ensure contractors meet necessary performance standards. Submissions are due by 3:00 PM Central on June 24, 2025, and must adhere to specific submission protocols, emphasizing professional correspondence on company letterhead. This document serves as a key part of the contracting and assessment process within federal procurement operations.
    This document outlines the Past Performance Questionnaire for the Federal Bureau of Investigation's Request for Proposal (RFP) No. 15F06725R0000020. It seeks evaluations of a contractor's past performance, specifically for those listed as references in a proposal submission. The questionnaire must be completed and returned to designated contracting personnel via email or fax by May 28, 2025. It includes sections for basic contractor information, historical contract details, and performance evaluations based on specific criteria: performance quality, timeliness, and overall satisfaction. Evaluators are encouraged to provide detailed comments and a final rating of the contractor’s performance to guide the source selection process. The focus is on gathering comprehensive feedback to assess contractors' capabilities in meeting contractual obligations, ultimately informing the selection for the FBI contract. This process aligns with best practices in government contracting, ensuring thorough evaluation of potential contractors before awarding grants or contracts.
    This government document outlines a resume template specifically for individuals responding to Request for Proposal (RFP) 15F06725R0000020. It provides the structure and required information to demonstrate relevant experience and qualifications for a project role, emphasizing the importance of U.S. government security clearance, years of experience, education, and pertinent certifications. The document details a format to present three past relevant project briefs, including specifics about each project such as its name, location, size, cost, completion date, and how it relates to the proposed role in the current project. Each resume is capped at two pages to ensure brevity. The instructions aim to streamline the application process for contractors and ensure that proposals highlight the most qualified candidates for government projects. Overall, it serves as a guideline for candidates to present their qualifications comprehensively while aligning with federal standards.
    The document is a resume template specifically designed for individuals responding to Request for Proposal (RFP) 15F06725R0000020. It outlines the key components that must be included in the resumes of candidates applying for a role related to a construction project. Essential sections contain the proposed title or role, security clearance status, years of relevant experience, educational background, certifications, and a series of project briefs that detail past work experience. Each project brief requires specific information such as project name, role, size, cost, completion date, and relevancy to demonstrate the applicant’s qualifications. Furthermore, a professional reference section is mandated to validate the candidate’s experience. The template emphasizes clarity and conciseness, limiting each resume to two pages, and provides detailed instructions for completion. This structured approach supports the federal government's objective of evaluating proposals based on candidates' qualifications for construction-related endeavors. By emphasizing relevant experience and credentials, the document aims to ensure that only qualified individuals contribute to federal construction projects, thereby enhancing project outcomes and compliance with government standards.
    The document outlines the draft Request for Proposal (RFP) Phase II for a federal procurement process, specifically aiming to award Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The Government seeks to award five to seven contracts per region, guided by a Best Value Tradeoff source selection process. Selection criteria focus on past performance, program management, team organization, and risk management, with an emphasis on technical proposals over price. Phase II will involve the evaluation of proposals based on a "seed task order," which may be real or mock, to establish a competitive basis. The evaluation factors prioritize technical approach, qualifications from Phase I, and project schedule, with price being significantly less important. The Government reserves the right to award without discussions, yet may allow for clarifications or minor corrections. This initiative reflects a structured approach to enhance governmental procurement processes while favoring technical expertise over cost, emphasizing the importance of quality and reliability in service delivery.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Facilities Technology Management
    Buyer not available
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) for its Facilities Technology Management (FTM) initiative. The primary objective is to gather insights and capabilities for contractor support related to TRIRIGA operations and maintenance until its End of Life in September 2027, as well as to conduct a comprehensive system assessment to optimize the FBI's facilities technology portfolio. This assessment will evaluate existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment to recommend optimal systems and develop an agile implementation plan for transitioning away from TRIRIGA. Interested vendors are required to submit a capabilities statement by December 19, 2025, and may have the opportunity to participate in a Reverse Industry Day for select vendors. For further inquiries, interested parties can contact Tammy Clark at tjclark2@fbi.gov or Marie Agrinzoni at meagrinzoni@fbi.gov.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    General Construction Multiple Award Task Order Contract/MATOC
    Buyer not available
    The National Institute of Standards and Technology (NIST) is seeking qualified contractors to provide general construction services through a General Construction Multiple Award Task Order Contract (MATOC) at its Gaithersburg, Maryland campus. The procurement aims to identify small businesses and other than small businesses capable of performing construction services for laboratory and administrative spaces, including renovations and infrastructure improvements, in a facility that requires ongoing rehabilitation due to aging infrastructure and evolving research needs. Interested parties must submit capability statements by 1 PM EST on December 10, 2025, to the primary contact, Guzel Gufranova, at guzel.gufranova@nist.gov, with a copy to Teresa Harris at teresa.harris@nist.gov. This opportunity is not a solicitation but a request for information to assist NIST in determining the appropriate acquisition strategy.
    Justification for Exception to Fair Opportunity - Emergency Piping and Plumbing Leak Repair and Prevention
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to acquire a firm-fixed-price contract for emergency piping and plumbing leak repair and prevention at the J. Edgar Hoover FBI Building in Washington, DC. This procurement is justified as a sole-source contract due to its nature as a logical follow-on to a previous order issued under the FBI Regional Multiple Award Construction Contract (RMACC), ensuring economy and efficiency in the process. The services are critical for maintaining the operational integrity of the facility, which houses essential FBI functions. Interested parties can reach out to Eric Thomas at ejthomas3@fbi.gov for further details regarding the justification and procurement process.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    CJIS Campus Cafeteria Food Service
    Buyer not available
    The Department of Justice, through the Federal Bureau of Investigation (FBI), is soliciting proposals for cafeteria food services at its Criminal Justice Information Services (CJIS) Division campus in Clarksburg, West Virginia. The objective of this procurement is to establish a no-cost contract for the contractor to operate, manage, and maintain two cafeterias with integrated coffee bars, providing on-campus catering services while adhering to health and safety standards. This service is crucial for ensuring that FBI personnel have access to nutritious food options 24/7, thereby supporting employee morale and operational efficiency. Interested contractors must submit their proposals, including a sample menu and pricing, by the specified deadlines, and can direct inquiries to primary contact Logan Swiger at lswiger2@fbi.gov or secondary contact Jamie Melzer at jlmelzer@fbi.gov.
    ACC APG INSTALLATION & TECHNOLOGY DIVISION FY2026 COMPETITIVE/FAIR OPPORTUNITY UPDATES
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), is providing updates on upcoming competitive contracting opportunities for fiscal year 2026. These opportunities include a recompete for the US Army Garrison Post-Wide Minor Construction, estimated at $100M-$110M, and set aside for multiple award IDIQ contracts, with an anticipated award in the first quarter of FY 2026. Additionally, there are opportunities for Forestry Management Support Services and Facility Management Support, each valued between $12M-$15M, both designated as 8(a) Small Business Set-Asides with single award IDIQ contracts, expected to be awarded in the second quarter of FY 2026 and at a later date, respectively. Interested vendors are encouraged to submit questions via email to the designated Contracting Officer, with updates and responses to inquiries to be posted regularly. All information is subject to change, and no formal proposals should be submitted at this time.
    FLETC Charleston Construction IDIQ Contract
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified contractors for a Construction Indefinite Delivery/Indefinite Quantity (IDIQ) contract in Charleston, South Carolina. This procurement aims to secure services, labor, and materials for construction, maintenance, and alterations at various FLETC facilities, with a contract duration of 12 months and four optional 12-month periods, plus a potential six-month extension. The total estimated value of the contract is not to exceed $27.5 million, with a guaranteed minimum of $50,000, and task orders will typically range from $2,000 to $1,000,000. Interested HUBZone small businesses must submit proposals by December 12, 2025, and are encouraged to contact William Hilliard at william.a.hilliard@fletc.dhs.gov for further information.